Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2023 SAM #7751
SOURCES SOUGHT

99 -- Integrated Hydrological Modeling System for the USDA, ARS-Davis, CA

Notice Date
2/14/2023 5:08:36 PM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B23SS0019
 
Response Due
2/24/2023 2:00:00 PM
 
Point of Contact
Shelley C. Steen, Phone: 1-208-421-5562
 
E-Mail Address
shelley.steen@usda.gov
(shelley.steen@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Type of Notice: Sources Sought Title: 12905B22SS0019 � Sources Sought for Integrated Hydrological Modeling System for USDA, ARS in Davis, CA Description: This is a Sources Sought notice Only.� This is NOT a solicitation for proposals, proposal abstracts, or quotations.� This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 513210.� The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. SCOPE AND SPECIFICATIONS Background: We need an integrated watershed modeling software with these capabilities: Consist of complete integrated physics-based fully distributed hydrologic modeling framework. Consist advanced 3D interpolation, and geostatistics, including kriging of surface and subsurface medium. Capable of calculating water balance components at a sub-regional and grid scale within the project area Provides high level analysis of input climate data. Tightly integrated into GIS data and various geodatabases and shapefiles for model setup and interpretation of the results. Operational Specifications: The software must have a fully developed tutorial, documentation, and support service to easily apply the model and all its capabilities by a trained hydrologist. The software must have a license capability (service) to be shared over a network. The software must help develop all watershed flow components, including geometry construction, mapping, data handling, and visualization capabilities. The software must include a variety of flow & transport numerical models, including particle tracking through coupled ECO Lab tool, nutrient transport, and robust control strategies for rivers and reservoirs. The system must be able to perform duty with flexibility based on site-specific process requirements. The software must be able to export/import results/raw data in a common format for analysis and evaluations. Instrument Specifications: Must include the following modeling core components Time series and extreme value analysis tool Conceptual Modeling Tools GIS Tools and�Annotations Tools Must be able to provide the following groundwater modeling utilities 3D groundwater mode & Interface 3D unsaturated flow module, including rainfall-runoff model 2D overland flow module Evapotranspiration and Irrigation of agricultural areas analysis tools. Coupled hydrodynamic modeling Built-in coupling of water resource structures (boreholes, reservoirs, diversion weirs, etc.) Built-in solute transport�modeling code Coupled particle tracking capability Capability to allow easy grid manipulation Advanced control of 1D structures, including defining complex operations logic for regulators and dam-break analysis when applied to rivers Must include the following modeling evaluation and calibration tools Animation Tools AUTOCAL modules The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Capability Statement All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.� Capability statements shall include the Contractors contact point to discuss their response. The capability statement should include: 1)� Acknowledgement that they are able to provide the subject supplies/services being requested; 2) Interested vendors should identify their size standards in accordance with the Small Business Administration; 3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.; 4) Any other information considered relevant to this requirement; and 5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response. Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received. All responses to this Sources Sought Notice must be received by the notice�s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b9c77b2f672a474eb8f32c9238b8ccf4/view)
 
Place of Performance
Address: Davis, CA 95616, USA
Zip Code: 95616
Country: USA
 
Record
SN06591816-F 20230216/230214230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.